HomeMy WebLinkAboutItem #07 Firm List - RFQ#0602 - Security System for Water Plants
AGENDA ITEM COVER SHEET
Meeting Date: June 6, 2006
Item # 7
Contact Name:
Contact Number:
~---
Approve the Short-listed Firms for RFQ #0602 Security Systems Installation,
Maintenance, and Monitoring Services for City of Ocoee Water Treatment Plants
Joyce Tolbert
1516
Reviewed By:
Department Director:
City Manager:
Subject:
Background Summary:
A Request for Qualifications (RFQ) was advertised with the intention of soliciting statements of qualifications from qualified
security systems providers to provide installation, maintenance, and monitoring services for the City of Ocoee Water
Treatment Plants.
The Selection Committee short-listed three (3) service providers and one (1) alternate, based on qualifications, to undertake
negotiations so as to award the installation and maintenance of the security systems and provide the monitoring services to
one (1) of the short-listed service providers. The term contract for the maintenance and monitoring will automatically renew
annually with annual cost escalations and terms to be determined during the negotiation process.
'ssue:
Approve the three (3) short-listed firms and one (1) alternate firm recommended by the Selection Committee for further
negotiation and proposals.
Recommendations
Staff recommends the City Commission:
I. Approve the short-listed firms and one (1) alternate firm for RFQ #0602.
2. Authorize staff to proceed with proposal negotiations with Access Limited Inc., Quality Communications Fire &
Security Inc., and ADT Security Services Inc., and if necessary, negotiate with Wunderlich-Malec Systems as the
alternate firm.
Once negotiations are complete, staff intends to recommend a single proposal from one (1) of the short-listed firms for final
approval by the City Commission.
Attachments:
I. RFQ #0602
2. Access Letter of Interest
3. Quality Letter of Interest
4. ADT Letter of Interest
5. Wunderlich Letter of Interest
6. Diamond Letter of Interest
7. Stanley Letter of Interest
8. RFQ Checklist Form
9. RFQ Evaluation and Shortlist Form
Financial Impact:
:;48,000 budgeted current fiscal year for a four year lease. This amount is an estimate only and is subject to change based on
final design and negotiation.
Type of Item: (please mark with an "XU)
Public Hearing
Ordinance First Reading
Ordinance Second Reading
Resolution
X Commission Approval
Discussion & Direction
For Clerl<'s Deot Use:
Consent Agenda
Public Hearing
Regular Agenda
Original Document/Contract Attached for Execution by City Clerk
X Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
~,t3"it
N/A
N/A
N/A
2
Commissioners
Gary Hood, District I
Scott Anderson, District 2
Rusty Johnson, District 3
Joel Keller, District 4
Mayor
S. Scott Vandergrift
City Manager
Robert Frank
ST AFF REPORT
TO:
FROM:
The Honorable Mayor and City Commissioners
Joyce Tolbert, Purchasing Ageng-
May 26, 2006
DATE:
RE:
Approve the Short-listed Firms for RFQ #0602 Security Systems Installation, Maintenance, and
Monitoring Services for City of Ocoee Water Treatment Plants
ISSUE
Approve the three (3) short-listed firms and one (l) alternate firm recommended by the Selection Committee for further
negotiation and proposals.
BACKGROUNDIDISCUSSION
A Request for Qualifications (RFQ) was advertised with the intention of soliciting statements of qualifications from
qualified security systems providers to provide installation, maintenance, and monitoring services for the City of Ocoee
Water Treatment Plants.
The Selection Committee short-listed three (3) service providers and one (l) alternate, based on qualifications, to
undertake negotiations so as to award the installation and maintenance of the security systems and provide the monitoring
services to one (l) of the short-listed service providers. The term contract for the maintenance and monitoring will
automatically renew annually with annual cost escalations and terms to be determined during the negotiation process.
The Finance Department reviewed the qualification packages and all were considered responsive. Complete copies of all
qualification packages are available in the Finance Department for your review. The qualification packages were evaluated
by the RFQ Selection Committee, which consisted of four (4) members: Charles Smith, Director of Utilities; Jamie
Croteau, Assistant City Manager; Fred Ostrander, Chief WWTP Operator; and Richard Waldrop, Chief WTP Operator.
The public RFQ Selection Committee meeting was held on May 24, 2006 to shortlist the six (6) responses. The Committee
evaluated and ranked the firms from 0-400 points on specific evaluation criteria. The recommended short-listed firms and
their rankings are as follows:
1. Access Limited Inc.
2. Quality Communications Fire & Security Inc.
3. ADT Security Services Inc.
4. Wunderlich-Malec Systems
5. Diamond Quest Corp.
6. Stanley Security Solutions Inc.
349 Points
326 Points
314 Points
277 Points (Alternate)
259 Points
247 Points
1
EVALUATION FORM
RFQ #0602 SECURITY SYSTEMS INSTAllATION, MAINTENANCE, AND MONITORING
SERVICES
5/24/06 10:00 A.M.
SELECTION COMMITTEE MEETING
AUI
Quality Comm. Security
Wunderlich-Malec Access Stanley Security Diamond Fire & Security Services
Evaluation Criteria Systems Limited, Inc. Solutions Inc. Quest Corp. Inc. Inc.
'. '. 1,'.\ :--:~/. ',"":'Y"""':~':::'..'."'):i"" "',',":, . "i',,>,"'.!:" :4"/1;F',H,!',, '. ".::- '.' ,i;'/" ',', . ":": ",'",...".. c;. ;~:"""'" ,"
.
Overall Experience of
the Respondent
(0-120 points) 93 105 78 78 99 104
Respondent's Project
Members' Experience
(0-40 points) 34 37 32 31 34 34
Familiarity with
Federal Homeland
Security
Requirements
(0-140 points) 98 123 82 100 117 112
rail Plan of Action
(0-60 points) 30 54 24 24 46 36
Service Location
(0-40 points) 22 30 31 26 30 28
" ,> "V? :;-" """.",.'",""( 'c/>,. ,. " ,,'.'.',' ".,,', '".::6',.,',".,? ".,','."",','i,""'" i'" ,', .",i
TOT AL POINTS
(0-400) 277 349 247 259 326 314
Ranking *4 1 6 5 2 3
SELECTION COMMITTEE EVALUATION TOTALS
Listed in order opened.
*Alternate
RFQ #0602
SECURITY SYSTEMS INSTALLATION, MAINTENANCE, AND MONITORING SERVICES FOR CITY OF
OCOEE WATER TREATMENT PLANTS
5/4/06 2:00 pm
1 Wunderlich-Malec Systems yes yes yes current yes
2 Access Limited, Inc. yes yes current yes
3 Solutions Inc. yes yes submitted current no
yes yes yes current yes
yes yes yes current yes
6 ADT Security Services Inc. yes yes yes current yes
7
8
9
10
11
12
13
14
15
16
17
Listed in the order opened.
Citv Manag-er
Robert Frank
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Joel Keller, District 4
Mavor
S. Scott Vandergrift
CITY OF OCOEE
REQUEST FOR QUALIFICATIONS
(RFQ) #0602
SECURITY SYSTEMS INSTALLATION,
MAINTENANCE, AND MONITORING
SERVICES
for
CITY OF OCOEE
WATER TREATMENT PLANTS
City of Ocoee . 150 N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100. fax: (407) 656-8504. www.cLocoee.fl.us
LEGAL ADVERTISEMENT
CITY OF OCOEE
REQUEST FOR QUALIFICATIONS "RFQ" #0602
SECURITY SYSTEMS INSTALLATION, MAINTENANCE, AND MONITORING
SERVICES
for
CITY OF OCOEE
WATER TREATMENT PLANTS
Ocoee City Commission
The City of Ocoee, Florida, in conformance with Florida Statutes Sections 119.011 and 119.07
(3) (ee), and the policies and procedures of the City of Ocoee (City) is soliciting statements of
qualifications from qualified security systems providers that are interested in providing
installation, maintenance, and monitoring services for the City of Ocoee Water Treatment Plants.
The City intends to select a minimum of three (3) service providers, based on qualifications, to
undertake negotiations so as to award the installation and maintenance of the security systems
and provide the monitoring services to one (1) of the selected service providers. The term
contract for the maintenance and monitoring will automatically renew annually; with annual cost
escalations and terms to be determined during the negotiation process.
Prospective respondents must attend a Mandatory Pre-submittal Conference scheduled for
Thursday, April 13, 2006 at 10:00 AM at the Ocoee City Hall Commission Chambers, 150 N.
Lakeshore Drive, Ocoee, FL 34761 to be considered for selection. The purpose of this
conference is to review the RFQ package, and City Staff will be available to answer questions at
this meeting regarding the project. All respondents will be held liable for contents as presented at
the Pre-submittal Conference.
Qualification packages must be received no later than 2:00 p.m. (local time) on May 4, 2006.
Any qualification packages received after the above noted time will not be accepted under any
circumstances and shall be returned unopened. Any uncertainty regarding the time a qualification
package is received will be resolved against the Respondent.
Respondents interested in providing the required professional services shall submit one (1)
original and three (3) copies of their qualifications to the City of Ocoee Finance Department by
the submission deadline to the attention of:
Purchasing Agent
City of Ocoee Finance Department
150 N. Lakeshore Drive
Ocoee, Florida 34761
Phone: (407) 905-3100 x 1516
FAX number: (407) 656-350 I
jtolbert@ci.ocoee.fl.us
RFQ #0602
2
No fax or electronic submissions will be accepted.
Only written (email acceptable) inquiries and/or questions regarding this RFQ will be accepted
and shall be directed to the Purchasing Agent. Deadline for receipt of written inquiries shall be
5:00 P.M. (local time) on April 20, 2006.
Interested Respondents may secure a copy of the RFQ documents through Demandstar by
accessing the City's website at www.ci.ocoee.fl.us under FinanceIPurchasing, or copies are
available from the contact person identified above for a non-refundable reproduction and/or
administrative fee of $20.00. Checks should be made payable to the City of Ocoee.. Copies via
e-mail are not available and partial sets ofRFQ documents will not be issued.
Respondents interested in providing the requested services may be disqualified if they have
contacts with the Mayor, City Commissioners, or any City staff other than the Purchasing Agent
about the RFQ during the submission or selection process.
***The information contained in this RFQ package, including the RFQ
documents and any resulting addenda, contract documents, plans, and
specifications does not constitute public record and is exempt from the public
records requirements of subsection (1) and s. 24(a), Art. I of the State Constitution
and the bidder receiving this information shall maintain the exempt status of this
information. * * *
Due to the Federal Homeland Security Act, each Respondent shall execute the attached
Confidential Disclosure Agreement form.
Pursuant to Section 287. 133(2)(a), Florida Statutes, interested Respondents who have been
placed on the convicted vendor list following a conviction for public entity crimes may not
submit a proposal on a contract to provide services for a public entity, may not be awarded a
Contractor contract and may not transact business with a public entity for services, the value of
which exceeds CATEGORY TWO for a period of 36 months from the date of being placed on
the convicted vendor list.
City Clerk
March 26, 2006
RFQ #0602
3
CITY OF OCOEE
REQUEST FOR QUALIFICATIONS "RFQ" #0602
SECURITY SYSTEMS INSTALLATION, MAINTENANCE, AND MONITORING
SERVICES
for
CITY OF OCOEE
WATER TREATMENT PLANTS
SECTION 1 -SCOPE OF SERVICES:
The City of Ocoee, Florida, in conformance with Florida Statutes Sections 119.011 and 119.07
(3) (ee), and the policies and procedures of the City of Ocoee (City) is soliciting statements of
qualifications from qualified security systems providers that are interested in providing
installation, maintenance, and monitoring services for the City of Ocoee Water Treatment Plants.
The City intends to select a minimum of three (3) service providers, based on qualifications, to
undertake negotiations so as to award the installation and maintenance of the security systems
and provide the monitoring services to one (1) of the selected service providers. The term
contract for the maintenance and monitoring will automatically renew annually; with annual cost
escalations and terms to be determined during the negotiation process.
The City intends to award a contract to one (1) qualified security systems provider. In
determining whether a company is qualified, the City shall consider such factors as the
company's experience, including experience with similar projects, references, and type of
monitoring systems offered.
***The information contained in this RFQ package, including the bid documents,
addenda, contract documents, plans, and specifications does not constitute public
record and is exempt from the public records requirements of subsection (1) and s.
24(a), Art. I of the State Constitution and the bidder receiving this information
shall maintain the exempt status of this information.***
Due to the Federal Homeland Security Act, each Respondent shall execute the attached Exhibit
A: Confidential Disclosure Agreement form.
The selected security service provider shall provide installation of security systems on two (2)
water treatment plants:
1)
South Water Treatment Plant
581 Maguire Road
Ocoee Florida 34761
2)
Forest Oaks Water Treatment Plant
8590 Hackney Prairie Road
Ocoee Florida 34761
RFQ #0602
4
Qualifications will be considered only from businesses normally engaged in providing the types
of services specified herein, and having sufficient staff personnel support, equipment, and
organization to ensure that they can satisfactorily. execute the services if qualified under the
terms and conditions herein stated. The City reserves the right to inspect the successful
respondents to determine if they are in compliance with this specification.
· The Respondent must meet local, state and federal codes, rules and regulations.
· Respondents shall have capability to conduct all inspections pursuant with all local, state
and federal laws should they be required to do so.
· The Respondents shall possess all necessary licenses and ability to obtain all applicable
permits. Also, the respondents shall provide proof of required insurance.
· The Respondents shall provide a minimum of five (5) credible references within the state
of Florida of similar current on going contracts.
SECTION 2 - SUBMISSION REQUIREMENTS:
The interested and qualified Respondents shall submit a Statement of Qualifications describing
their qualifications and experience in the type of work requested. Submissions shall be limited to
a total often (10) 8.5"x 11" pages, single-sided, portrait orientation, 12-point font. The required
submission material includes the following:
A. Respondent's General Qualifications
· List Respondent's applicable employees, their qualifications, and their role for the
services required.
· Respondent's and employee's certifications and registration with regulatory agencies,
professional organizations, etc., include copies of all applicable licenses.
· List Respondent's subcontractors, their qualifications, key individuals, and their role in
this project, include copies of all applicable licenses for any subcontractors.
· List of Respondent's other current or recently completed similar contracts within the past
five (5) years, specifically in the State of Florida.
· List of at least three (3) references to include organization name, contact person,
telephone number (s), and e-mail address.
· List years of experience in installing, maintaining, and monitoring security systems with
similar facilities.
· Knowledge of Federal Homeland Security Law requirements.
RFQ #0602
5
B. Anticipated Scope of Work
. Overall Plan of Action
· List Federal Homeland Security features required for Water Treatment Plants.
· Provide a description of the Monitoring Service and required features.
· Provide a description of the Maintenance Contract offered; including warranty, parts,
maintenance increments.
The City reserves the right to accept or reject any or all submittals that it may, in its sole
discretion, deem unresponsive, or to waive technicalities which best serves the overall interests
of the City.
Cost' of preparation of a response to this RFQ is solely that of the Respondent and the City
assumes no responsibility for such cost incurred by the Respondent.
Any request to withdraw a Qualification Package must be addressed in writing as above. Such
requests must be received by the City prior to the deadline of the submission.
SECTION 3 - CITY'S STANDARD INSURANCE REQUIREMENTS:
The Contractor shall not commence any work in connection with an Agreement until all of the
following types of insurance have been obtained and such insurance has been approved by the
City, nor shall the Contractor allow any Sub-Contractor to commence work on a subcontract until
all similar insurance required of the Sub-Contractor has been so obtained and approved. Policies
other than Workers' Compensation shall be issued only by companies authorized by subsisting
certificates of authority issued to the companies by the Department of Insurance of Florida which
maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better
according to the A.M. Best Company. Policies for Workers' Compensation may be issued by
companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes.
a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of
money which may represent a deductible in any insurance policy. The payment of such
deductible shall be the sole responsibility of the General Contractor and/or Sub-Contractor
providing such insurance.
b) Workers' Compensation Insurance: The Consultant shall obtain during the life of this
Agreement, Worker's Compensation Insurance with Employer's Liability Limits of
$500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of
this project and, in the event any work is sublet, the Contractor shall require the Sub-
Contractor similarly to provide Workers' Compensation Insurance for all of the latter's
employees unless such employees are covered by the protection afforded by the Contractor.
Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any
class of employees engaged in hazardous work under this contract for the City is not protected
under the Workers' Compensation statute, the Contractor shall provide, and cause each Sub-
Contractor to provide adequate insurance, satisfactory to the City, for the protection of the
Contractor's employees not otherwise protected.
· Include Waiver of Subrogation in favor of the City of Ocoee
RFQ #0602
6
c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain
during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy
should name the City of Ocoee as an additional insured, and shall protect the Contractor and
the City from claims for damage for personal injury, including accidental death, as well as
claims for property damages which may arise from operations under this Agreement whether
such operations be by the Contractor or by anyone directly or indirectly employed by the
Contractor, and the amounts of such insurance shall be the minimum limits as follows:
Automobile Bodily Iniury Liability & Property Damage Liability
· $l,OOO,OOO Combined single limit per occurrence (each person, each accident)
· All covered automobile will be covered via symbol 1
· Liability coverage will include hired & non-owned automobile liability
· Include Waiver of Subrogation in favor of The City of Ocoee
Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an
additional insured and should indicate that the insurance of the Contractor is primary and non-
contributory .
· $2,000,000 GENERAL AGGREGATE
· . $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE
· $l,OOO,OOO PER OCCURRENCE
· $l,OOO,OOO PERSONAL & ADVERTISING INJURY
· Include Waiver of Subrogation in favor of the City of Ocoee
Sub-Contractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation
Insurance: The Contractor shall require each Sub-Contractor to procure and maintain during the life
of this subcontract, insurance of the type specified above or insure the activities of these Sub-
Contractors in the Contractor's policy, as specified above.
Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for
the named insured's liability that arises out of operations performed for the named insured by
independent Contractors and are directly imposed because ofthe named insured's general supervision
of the independent Contractor. The Contractor shall procure and furnish an Owner's Protective
Liability Insurance Policy with the following limits: $l,OOO,OOO, and per occurrence, $2,000,000.
Aggregate and naming the City of Ocoee as the Named Insured.
Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include
contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY
INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE
NAMED AS ADDITIONAL INSURED.
· $l,OOO,OOO PER OCCURRENCE
· $2,000,000 AGGREGATE
Commercial Umbrella:
· $l,OOO,OOO PER OCCURRENCE
· $2,000,000 Aggregate
· Including Employer's Liability and Contractual Liability
Builders Risk:
· $lOO,OOO Any (1) Location
· $l,OOO,OOO Any (1) Occurrence
RFQ #0602 7
Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee
as an additional insured will be furnished by the Contractor upon notice of award. These shall be
completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This
certificate shall be dated and show:
The name of the Insured Contractor, the specific job by name and job number, the name of the insurer, the
number of the policy, its effective date, its termination date.
Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material
changes in provisions or cancellation of the policy, except ten (I 0) days written notice of cancellation
for non-payment of premium.
Remainder of this page left blank intentionally.
RFQ #0602
8
ACORD. CERTIFICATE OF LIABILITY INSURANCE OP ID J9 DATE (MlMDDIY'NV)
PllAZl!:-~ U/04/04
! PRODOtI!A THIS CERTlFlCATE IS ISSUED AS A MATTJ:R OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTII'lCATE
, HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
AlTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE NAlC.
lNSURED INSI..IMRk .. ...~ tau.. J.- .... ..Ct.tl'
I<SURER a
Contractor's Na:me IlSURER C: --
Address --
HSURER D:
INSURSI E:
COVERAGES
THE POUCrES OF INSU~ L.ISTED Baow HAVE BEEN .ISSUED TO THE IHSlJREO NAMED ABOVe FOR THE POUCYPERIOO INDK:A.TEO. NO'TWJTHSTANOING
ANY REQUJREMENT. TSW OR CONDmON OF I<N'f CON'TRACT OR OTHeR DOCUMENT WITH AESPECT TO WHICH THIS cafrtFlCAT&: MAY liE ISSUED OR
MAY PERTAIN, T~e INSURANCE AFFORDED BYntE HJlIC!E8 DESCRIBED HEREIN IS SUBJECT TO AU. TME TERMS. EXCI.UStOHS AHe CONOrTlONS OF SUCH
POLICIES. AGGRE~TE UMn'S SHOWN ~Y11A.1IE eEEN REDUCEO IV ""10 CLAIMS.
ILTR ~RQ TYJ'! or tlSURAHCE POUCY NUMBER ~ Mll'Il DAT LIMITS
~ERAL UA8lLm' eACH ocCUMENCe . 1, 000, 000
X X COMMERCIAL. GENERAl. LJA81lJTY PAEMlSE.S f& otQl/'fl\Ct .50,000
~ ~ CWMS MADe [;] OCCUR MED EX' IMy Cll'le petsl)r\) . 5.000
-, PERSONAl.'& A.rN INJURY .1,000,000
GENEAAt AGGREGATE .2,000,000
~'LAG~~E;;nIPElt PRODUCTS. COMP/OP AGO "2,000,000
POLICY X T LOC
AUTOMOBlL.E LIABILITY COMBINED '>>tOLE U'-ltT .1,000,000
-
~ ANVAUTO (EII.cad..-)
- AU OWNED AUTOS BOOIl Y It-IJU"-V 5
SCHEOULED "UTOS (Perp.rson)
-
~ HIRED AUTOS 8OO1l.Y INJURY .
~ NON~NED A.UTOS , IP<< .tddfi)
1- PROPERTY DAMAGE :s
thr .cdd.",)
R~.~UTV AUTO ONI. V. EA. A.CClDENT 5
ANVAUTO OTHER THAN EAACC' .
AU'TOONI.V; AGO .
I!XC.SWM8RELlA UA8lLITY I .EACH OCCURRENCE .1,000,000
X tJ 'OCCUR n Cv.,,,,, ,,",OE I AGGREGATe .2,000,000
I I . -.--
~ OeOLoeT'.LE 5
I ' RETENT10N S S
WORKERS CQMPENIA noM AND X IT~,\y'LI~S I lu....
EMPi.OY!M" UAaUTY E..L EACH ACQOEli1' 5500,000 r
ANV PROPFUETORIPMTNERlEXEClITlVE
OA=ICERlIlMiMBER E)(CLUDED? e.c. olSEASe - e.e....Lovee . 500, 000
;~:.~~Sbeklw , E.L. OISEAse. POlICY UMIT . 500,000
OTHER
Builder. Risk Any 1 Loc l00,CXXl
Any 1 Occ 1,000,000
DESCRIPTlON OF OPERATIONS I LOCAllONS ,YEHIeI.!.!' EXCI.USIQNS ADDED IV !.HoOttSEMe:HT II,eew.. PftO'MtONS
The insurance evidenced by this certificate shall name tha certificate
holders s. an additional insured on the Gensral Lisbility ~ OmDrells
Lisbility. Workers' Compensation, Employers' Lisbility ~ General Lisbility
shall contain a Waiver of Subrogation in favor of the certificate holder.
The cercificate holder i. added a. a nmrl irEu::ai fir ad..l.iB:s Risk.
City of Ocoee
150 N. Lak..hore Drive
Ocoae FL 34761-2258
CANCELLATION
OCOaKO 1 IHOUl.D MY OF TN!! MOW DescRIBeD "0l.1CIE1 8. CANClu.aD BIJIORII! Tt41! I!XPtRAllOt.
DATE THERIO", THI! ISSUING INS\J1III!R WILL ENDEAVOR TO MAIl. ;.L. DAYS W1UTTEH
NOllCETOntl!Cfll11F1CAT! HOLDER JrlAMIDTOTHI!L.UT,IUT F~LURETODOSO t.HALl
1MPOSE NO OIUOATlON OR. LIA8U.JTY 0' MY KIND UPON TK! INSURER. rrs AGOOI OR
..........-rATIYU.
AUTHORIZEC Ufl'RBENT ATlVE
CERTIFICATE HOLDER
ACORD 25 (2001108)
S~Pt.1F
C ACORD CORPORATION 198{
RFQ #0602
9
SECTION 4 - SELECTION CRITERIA
Qualification Packages will be reviewed and evaluated, publicly, by a Selection Committee and a
short list of qualified Respondents may be invited to make a public, formal presentation or
interview. The Qualification Packages will be reviewed and evaluated in accordance with the
following criteria and weighting factor:
1. Overall Experience of the Respondent 30 %
2. Respondent's project members experience 10%
3. Familiarity with Federal Homeland Security Requirements 35%
4. Overall Plan of Action 15%
5. Service Location 10%
SECTION 5 - SELECTION PROCEDURES
The criteria for selection shall be based on the selection criteria above, including the
Respondent's qualifications, service location, past performance, and reference check. The City
reserves the right, before awarding the contract, to require a Respondent to submit such evidence
of its qualifications, as it may deem necessary. The City shall be the sole judge of the
competency of Respondents.
A City selection committee will evaluate each respondent's qualifications and will short-list and
recommend to the City Commission no fewer than three Respondents, if possible, based upon the
selection committee's evaluation of the proposals and interviews. The City Commission's
decision shall be final.
The City will attempt to negotiate a contract with the highest ranked Respondent. If unable to
successfully negotiate a contract with the highest ranked Respondent then negotiations will be
terminated and initiated with the second ranked Respondent, and so on until an agreement is
reached.
The successful Respondent shall be required to execute an agreement which provides, among
other things, that all plans, drawings, reports, and specifications that result from Respondent's
services shall become the property of the City. Upon the successful negotiation of an agreement,
a formal contract will be prepared and submitted to the City Commission for approval, and
executed by both parties.
SECTION 6 - SELECTION SCHEDULE
The following is the anticipated schedule for RFQ #0602; please note these dates are subject to
change at the City's discretion:
1.
2.
Advertising of RFQ
Request for Information Deadline
March 26, 2006
April 20, 2006 at 5:00 P.M.
RFQ #0602
10
3.
4.
5.
6,
7.
8.
9.
RFQ #0602
Pre-submittal Conference
Submittal Deadline
Short List
Interviews, if necessary
Seek Authorization from City Commission
to Negotiate with Short-listed Firms
Contract Negotiations
Contract A ward by City Commission
April 13, 2006
May 4,2006 at 2:00 P.M.
Week of May 8, 2006
Week of May 15,2006
June 6, 2006
Minimum (60) Days
August, 2006
11
COMPANY INFORMATION/SIGNATURE SHEET RFO #0602
FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF
YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND
UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL
RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE
CITY OF OCOEE.
COMP ANY NAME
TELEPHONE (INCLUDE AREA CODE)
FAX (INCLUDE AREA CODE)
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
AUTHORIZED SIGNATURE (manual)
NAME/TITLE (PLEASE PRINT)
STREET ADDRESS
CITY
STATE
ZIP
FEDERAL ID #
_Individual _Corporation _Partnership _Other (Specify)
Sworn to and subscribed before me this
day of .
,20_
Personally Known
or
Produced Identification
(Type of Identification)
Notary Public - State of
County of
Signature of Notary Public
Printed, typed or stamped
Commissioned name of Notary Public
RFQ #0602
12
EXHIBIT A
RFQ #0602 SECURITY SYSTEMS INSTALLATION, MAINTENANCE, AND
MONITORING FOR CITY OF OCOEE WATER TREATMENT PLANTS
Confidential Disclosure Agreement
This
Agreement
IS
entered
into
by and
(hereinafter
between
"Recipient")
and the City of Ocoee (hereinafter "City").
Recitals
WHEREAS City needs to disseminate certain building plans, blueprints, specifications,
schematic drawings, and diagrams, including draft, preliminary, and final formats, which depict
the internal layout and structural elements of a water treatment facility ("design information"), in
order for it to be designed and constructed pursuant to (insert) (the "project"); and
WHEREAS, such design information is exempt from public records disclosure requirements of
Florida Statutes Section 119.011 (1) and s. 24(a), Art. I of the Florida State Constitution. This
exemption provides that design information made exempt by law may be disclosed to another
governmental entity if disclosure is necessary for the receiving entity to perform its duties and
responsibilities; to a licensed architect, engineer, or contractor who is performing work on or
related to the water treatment facility; and that the entities or persons receiving such information
shall maintain the exempt status; and
WHEREAS the Recipient is willing to receive disclosure of the design information pursuant to
the terms of this Agreement for the purpose of bidding on the project and/or performing design
servIces;
NOW THEREFORE, for good and sufficient consideration the Recipient agrees as follows:
1. The above Recitals are acknowledged by the Recipient and are incorporated herein by
reference.
2. Recipient agrees that it shall prevent and protect the design information, or any part
thereof, from disclosure as a public record and shall not disclose the design information
to any person or entity other than one having a need for disclosure in connection with
Recipient's authorized use of the design information for the purposes of submitting a
response to the bid solicitation.
3. Recipient agrees to take all steps reasonably necessary to protect the secrecy of the design
information, and to require all entities or persons receiving the design information to
maintain its exempt status and to prevent the design information from being disclosed as
a public record or coming into the possession of a person or entity that is not authorized.
RFQ #0602
13
3. Recipient agrees that all design information shall remain the property of City. All design
information and all copies thereof shall be returned to the City not later than thirty (30)
days after the bid opening, or final completion, as applicable, together with a list of all of
the names and addresses of all entities or persons to which the design information has
been disclosed; or, in the case of a designer, not later than thirty (30) days after the
project is finally completed..
Dated this
day of
,2006.
RECIPIENT
Signed:
Print Name:
Title:
Company:
Address:
Phone No:
Date:
Driver's License #:
RFQ #0602
14
ACCESS
LIMITED
SECURITY SYSTEMS INTEGRATOR
Proposal For:
CITY OF OCOEE
Project:
Security Systems Installation,
Maintenance and Monitoring
Services For
City of Ocoee Water Treatment.
Plants
Bid No.
RFQ #0602
May 1 st, 2006
8505 Bayccnter Road'" Jacksonville, Florida 32256 '" Pltone (904) 262-4659 Fax (904) 262-6577
accesslimited.com
d
.ACCESS
LIMITED
SECURITY SYSTEMS INTEGRATOR
May 1 st, 2006
Dear Sir or Madam:
Enclosed is our response to RFQ #0602. Thank you for your consideration of Access
Limited, Inc.
.~
Randy Graves
Sales Manager
Section 2- Submission Requirements:
A. Respondent's General Qualifications
Employee Qualifications:
See Attached
Certifications and Licenses:
See Attached
Subcontractors:
None
Coo'ent or Recently Completed Similar Contracts:
1. City of Jacksonville, JEA Ridenour Water Treatment Plant, CCTV System
2. City of Jacksonville, JEA Arlington Water Treatment Plant, CCTV
System
3. City of Jacksonville, JEA Arlington Waste Water Treatment Plant, CCTV
System
4. City of Jacksonville, JEA Southeast Water Treatment Plant, CCTV
System
5. City of Atlantic Beach Water Treatment Plant #1, Automated Gate Entry,
Access Control System, Badging System
8505 Baycenter Road $\- Jacksonville, Florida 32256 * Phone (904) 262-4659 Fax (904) 262-6577
accesslimited.com
COMPANY INFORMATION/SIGNATURE SHEET RFO #0602
FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WilL RESULT IN DISQUALIFICATION OF
YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND
UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL
RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE
CITY OF OCOEE.
A GG6SS [../ Mlt-6L)) I~-
COMPANY NAME
oL-~ - 2fS)- tt,S9
TELE HONE (lNc;r.,l)DE; AREA. CODE)
O(t- ~- 77
FAX (INCL~E ARE~ CPDE) . ~
!C,Ar'J{Ji ) A G-E:SS U ^" I ((1).- G6 r-,\
E-MAIL ADDRESS
:..J
\
A HORIZED SI NATURE manual)
~NO(J(.L 8, h~l::6 jat.:6J (\/\fIZ----
NAME/TITLE (pLEASE P )
~l~ 65 tA f c j~~I'm<R. (<J,
STREET ADDRESS ,/ C'" ~ /
.T.<\G{<'S'6r-.JlJ/~) ",\l......- 32'2Sb
CITY STATE ZIP
FEDERAL ill # 51- '5 <fl? ;)..S' ~~
_Individual ~Corporation _Partnership _Other (Specify)
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
Sworn to and subscribed before me this I s.J- day of m 14-1
, 20.Qk....
Personally Known
Y-..
'-
or
Produced Identification
Notary Public - State of r:lort.iJ/4
County of .J::>l.t v 1'1- L
:::t;~ ..<-' 6~.
Signature Notary Public l"-
(Type ofIdentification)
.~{,
Printed, ed or stamped
Commissioned name of Notary Public
RFQ #0602
:..................................."........,
: "'~,~~", BEnv L. BROWN
: l~'rn~ CommIIIIon. DOGf2....7I
: &:. ~ -I e.pne tI2II2OOI .
i \~...or,W Bonded lIwaugh
i (80().432-425C' FIoridII NcUry Aun., Inc. ;
.................H.HI...........................I
12
center ,of GOOd LJ ' .
t\.~e.. . , VJ'W
QUALITY COMMUNCIATIONS FIRE AND SECURITY, Inc.
Response to
City of Ocoee
Security Systems for Water Treatment Plants
RFQ #20602
Contact: Mr. William DuPriest
(954) 584-4111
bdupriest@qcfsi.com
May 4, 2006
2:00 pm
Prepared By
;Lp:IlJ~~ ~
VOICE / DATA / FIBER SYSTEMS
DESIGN. INSTALLATION · FINANCING
3700 SW 30th Ave, Fort Lauderdale, FL. 33312 : 954-584-4111: www.qcfsi.com
Table of Contents
A few other
~o:.trict School
~[ ~ ]I
or ~
Collier Cou~
~L D... ..,.d #"I
~".=-_~ .u'r@"".'(t~ru ~"~ft.lf:vt
V,.,. . ~ .~.
.... hltlie ge,.A,oolll
PARK'ffWESr
o'-'"j..':.C'-i," - "f' "R"."y
~_I.o.IJ.u.LIl.fO).
...,.OUlltf.l.l
"...... .'
~.i."j
dadeschobls~
Mlainl.Daoc '~n~N.
@)Martin County School District
, ~ . Stuart, F'ori~a
"'" .
Ia TRANSMoNTAlGNE
Project Experience &
References
Customized Project Team
Experience
Water Treatment Plant
Security System Overview
Design/Build Plan of
Action Service &
Warranty
Licenses and.
Certifications
COMPANY INFORMATION/SIGNATURE SHEET RFO #0602
FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF
YOUR. QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND
UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL
RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY B:INDING CONTRACT WITH THE
CITY OF OCOEB.
Quality Communications
Fire & Security, Inc.
COMPANY NAME
954-584-4111
TELEPHONE (INCLUDE AREA CODE)
954-584-7940
FAX (INCLUDE AREA CODE)
jpeterson@qcfsi.com
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
John Peterson
NAME/TITLE (pLEASE PRINT)
3700 SW 30 Avenue
STREET ADDRESS
Ft Lauderdale, FL 33312
CITY STATE ZIP
FEDERAL ID # 01-0618381
_Individual XX Corporation _Partnership ---,--Other (SpecifY)
Sworn to and subscribed before me this 1st day of May
,20.QL.
Personally Known
x
or
Produced Identification
(Type of Identification)
FL
Si we No
"~ Cari Breaban ." .,
Tinted, typed or stamped NUl1l.R.Y PL""BI.JC.SlfTE OF FLORIDA
Commissioned name ofNot~a' ic Car.l Breaban
. ~ Commission #DD375324
Expires: NOY. 29, 2008
Bon ell Tnnl hYMri@ Bending Co., Inc.
RFQ #0602
12
",,,,,,,,,,,,,.~~~...--.w:-,,,,,,,,,,,_,,,,:,,,,,,-,,,,,'..:,,. ..........._...,.~.,.~...oUI..........,.=>o1<'>"............."""'..-............._,,~.......
(~~t~)r}d:~ell.ts
Submissions (10 pages total)
A. Respondents General
Qualifications
B. Anticipated Scope of Work
State of Florida Alarm System
Contractor I License
Occupational License Orange
County
Company Information/Signature
Sheet RFQ #0602
Exhibit A - Confidential Disclosure
Agreement
--,
--
COMPANY INFORMA nON/SIGNATURE SHEET RFO #0602
F AlLURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WIT..L RESULT IN DISQUALIflCATTON OF
YOUR QUALIFICATION PACKAGB. PLBASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND
UNDERSTAND ALL RFQ INSTRUCITONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL
RESPONDENT WILL BE REQUIRBDTO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE
CITY OF aCOEE.
IftJ7 7/';' -/61'/
TE~PHO~~C~ ~A90DE)
't>? .,.-., 4,{ 'f.
FAX I,.IJDE A CQ E)
v It JI' . t:::'Cl:; ~ (ii"
-:::?f; . B-MAIL ADDRE
~ IF REMITTANCE ADDRESS IS DIFFERENT
AUTHORI. D S!9.NATURE (manual) ./~. "'1 FROM PURCHASE ORDER ADDRESS,
-1ff:1eIJ It/lip -11r1t -'r Jlfrlr fi/') >if.lLBASE fNDICA TE BELOW,
AMEIrITLE '(pLEASE PRINT) 'tlf1. r
'~/(P1l $;~(f~lea'1J.tPf(f.~ ft:tJ4J/l
ST~ET :j;DYJ'l ,f
11" ft'tt {f ~ (.. ") "1--(1 ()~
CITY STATE ZIP
FEDERAL ID # ~ $ - 181 (1IIYl--
_Individual V Corporation _Partnership _Other (Specify)
A:!}'r -;;!c,.Jrt 'fit ~V'IC1. ~C
COl\.1PANYNAME I , ,
Sworn to and subscribed before me this ;<~II.. day of IJli-ll.
,20~.
Personally Known ~ or
Produced Identification
Notary Public - State of A()I'Z.,'du.-
County of Otl~/IIGF.
:dr(ij1j
Signa of Not lie
(Type ofIdentification)
Printed, typed or stamped
Commissioned name of Notary Public
~~~
\~oi
Notary Public Stale of Florida
Nancy E Gibson ,
My Commission DD510591
Expires 03/2812010
RFQ #0602
12
Request for Qualification
RFQ #0602
Security Systems Installation, Maintenance, And
Monitoring Services for City of Ocoee Water
Treatment Plants
Submitted by
WUinderlich-Malec
Engineering - Systems - Services
Proposal Number 06TEX3058
May 4, 2006
COMPANY INFORMATION/SIGNATURE SHEET RFQ #0602
FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF
YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND
UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL
RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE
CITY OF OCOEE.
Wunderlich-Malec Systems
COMPANY NAME
~~, tJ;L
AUTH RIZED SIGNATURE (manual)
Neal K. Wunderlich, President
NAMErrITLE (PLEASE PRINT)
5501 Feltl Rd.
STREET ADDRESS
Minnetonka, MN 55343
CITY STATE ZIP
952-933-3222
TELEPHONE (INCLUDE AREA CODE)
952-933-0608
FAX (INCLUDE AREA CODE)
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE lNDICATE BELOW:
FEDERAL ID #
_Individual ~ Corporation _Partnership _Other (SpecifY)
5,* '
Sworn ro aM "bwnb,d befure '"' thi, E d.y Of~. , 20 ~&
Personally Known
or
Produced Identification
(Type of Identification)
RFQ #0602
Notary PUb'~Of "-hr('
countyO~J~-- ~
Signatw-e of Notary Public
12
COMPANY INFORMATION/SIGNATURE SHEET RFO #0602
FAILURE TO COMPLY WITH THESE RFQ .INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF
YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HA VB READ AND
UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL
RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE
CITY OF OCOEE.
1)\CL\M,o ~S\) C;ue~+-
COMPANY NAME
6k?i q\,~- 1'3/~
~PHONE (INCLUDE AREA CODE)
l ~\~ 4'\,4-
FAX (INCLUDE AREA CO(9 "'il "'- \ -( ~ _ fLJ<.
~t~\.~{LS~'f vQ1'l ,L.O~,-
E-MAIL ADDRESS
AUT pR:IZED S GNATURE (manual)
~Ot--l$\ S~, \>(l.e..S,
NAMEITIT-LJ2 (P EASE PRINT)
((;840 lO tLL-c1O&\\'b1 L ~
STREET ADDRESS?. -2. <Y"
<!:p~\-,,~u\>O ~ . .J~ol~
CITY STATE ZIP
FEDERAL ID # s:?=t..? '3 r;5l ."'L "2- 'Z-
_Individual v Corporation _Partnership _Other (Specify)
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
~a 'eofN ~ u 'c
b/hA'/'~ A j)~~/.:7__
r Printed, typed or'stamped ' 0
Commissioned name of Notary Public
,.,rfI"1\. Barbara A, Salan~ro
. ~ ~ My Commission 00232619
~ 01 f\.'rI' Expires October 24, 2007
RFQ #0602
12
emma.............
" .:(i, ....::.
Iill
Security Solutions
Systems Integration
Bruce Sather
Security Manager
Tampa International Air Port
813-870-8700
BSather@TampaAiroort.com
Tony Atkinson
Project Manager
City of Altamonte Springs
407-571-8065
adatki nson@altamonte.org
Years of Experience:
Stanley Security Solutions (previously ISR Solutions) has been in the Tampa Florida
area serving our customers on the installation, maintenance and monitoring of our products
for over 5 years. It is a member of the Stanley Tools family of companies which has been in
business for over 160 years.
The following pages are the resume's of our employees that would be working on your site
and our certificates and licenses.
Thank you for considering our company,
John Walsh
Applications Engineer
Stanley Security Solutions
Stanley Security Solutions, Inc.: Tampa: 6015 Benjamin Road, Suite 321, Tampa, FL 33634
Ph: 813901 5177 Fax: 813 901 5188
www.stanleysecuritysolutions.com